Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2008 FBO #2273
MODIFICATION

20 -- Manufacture of shafts for CGC ACUSHNET

Notice Date
2/14/2008
 
Notice Type
Modification
 
NAICS
332111 — Iron and Steel Forging
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commander (vpl), USCG Maintenance and Logistics Command - Pacific, 1301 Clay St., Suite 807N, Oakland, CA, 94612-5249, UNITED STATES
 
ZIP Code
94612-5249
 
Solicitation Number
HSCG85-08-R-625454
 
Response Due
2/20/2008
 
Archive Date
3/6/2008
 
Point of Contact
Rebecca Budde, Contract Specialist, Phone 907 228-0326, Fax 907 228-0200
 
E-Mail Address
Rebecca.A.Budde@uscg.mil
 
Description
**Due date for proposals remains: 20 Feb 2008, 11:00 AM Local Alaska Time** The following are contractor questions and Coast Guard provided responses: Question 1) If we manufacture the shafts using ABS grade 2 forgings (ASTM-A-688) can we substitute this same material for the propeller nut and keys? Would 1045 material be acceptable? Answer 1) If the shaft is manufactured of ABS grade 2 forgings (ASTM-A-688) then the same material shall be used for the propeller nut and keys. ASTM 1045 is not acceptable. Question 2) The key and keyway dimensions are not given on the drawing. Answer 2) Review of 167WAT-4301-10 shows detail 9-A and Section 8-C provides questioned dimensions. This should be sufficient to prepare an accurate bid. Upon award Coast Guard will work in cooperation with the Contractor to establish any additional details (not clear or deficient on drawing) required to complete fabrication. Question 3) The propeller shaft in the original drawing (167WAT-4301-1) is a 1 piece shaft with a forged flange. Was this detail changed due to availability of material? Answer 3) Good observation. The flange was removed in 1999, due to pitting/damage. The adjoining stern tube shaft (that will remain in place) has been modified to use the existing straight coupling. Coast Guard has intentionally decided to continue with a flangeless propeller shaft (as depicted in (167WAT-4301-10). All other requirements remain unchanged. This is a combined synopsis/solicitation HSCG85-08-R-625454 for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This Request for Proposal incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-23. This is an unrestricted procurement. The NAICS is 332111. 1. Contract Line Item: Contractor will manufacture, finish machining, test, preserve and package two propeller shafts for the CGC ACUSHNET Propeller shafts (two) Total Price $ 2. Performance will commence upon award (approx 26 Feb 2008) and complete no later than 1 June 2008. 3. Place of Delivery: NESU Seattle, WA, 1519 Alaskan Way S., Seattle, WA 98134, POC: LT David Melton (206) 217-6834 4. Description of Requirement: All work will be accomplished in accordance with the following specification 1.0 SCOPE 1.1. This document sets forth the requirements for the manufacturing, finish machining, testing, preservation, and packaging of two propeller shafts to be used on USCGC Acushnet. Shaft material shall be MIL-S-23284, Class 3 (CL3) or ASTM-A-688 Class B (Corresponding to ABS Grade 2). The accompanying propeller nut, keys, nut securing device, as well as balancing keys (all detailed in the drawing) will also be provided in this procurement. 2.0 APPLICABLE DOCUMENTS 2.1. GOVERNMENT DOCUMENTS - The following specification and standards form a part of this specification to the extent specified herein. Unless otherwise specified, the documents listed here by number and date shall be those in the current Department of Defense Index of Specifications and Standards (DODISS) and supplements thereto. 2.1.1. SPECIFICATIONS - MILITARY a. MIL-S-23284A (SH) - Dated 15 June 1990, Steel Forgings, Carbon and Alloy, for Shafts, Sleeves, Couplings, and Stocks (Rudders and Diving Planes) b. MIL-DTL 2845E (SH) - Dated 18 Aug 1999, Preservation, Packing and Storage of Propulsion Systems, Boat & Ship; Main Shafting, Propellers, Bearings, Gauges, Special Tools, & Associated Parts. c. MIL-R-23461A, Dated 26 Jun 1987; Resin Compound, Room Temperature Curing, for Metal Coating 2.1.2. Military Standards a. MIL-STD-2191, Dated 05 Nov 1992; Repair Welding, Weld Cladding, Straightening, and Cold Rolling of Main Propulsion Shafting. b. MIL-STD-2199 (1) Dated 05 Oct 1993; Glass Reinforced Plastic Coverings for Propeller Shafting. 2.1.3. NAVSEA Technical Publications a. T9074-AS-GIB-010/271(1), Dated 16 Feb 1999; Requirements for Nondestructive Testing Methods. 2.1.4. Drawings, Shafts a. 167 WAT 4301-10, ?DETAIL OF PROPELLER SHAFT FOR ACUSHNET? b. 2145807-803 Rev C 19 Dec 1988 NAVSEA Standard Propulsion Shafting Drawing 2.2. COMMERCIAL DOCUMENTS - The following documents form a part of this specification to the extent specified herein. The documents shall be the version listed by number and date from the referenced industry organization. Commercial documents may also be listed in the Department of Defense Index of Specifications and Standards (DODISS). 2.2.1. Society of Automotive Engineers (SAE) a. SAE-J-448A-63 Dated June 1963, Surface Texture, Standard. 2.2.2. American National Standards Institute (ANSI), National Conference of Standards Laboratories (NC SL) a. ANSI/NCSL Z540-1-1994 DATED 1994, Calibration Laboratories and Measuring and Test Equipment - General Requirements. 2.2.3. American Society for Testing Materials (ASTM) a. ASTM-A-688/A688M-00, DATED Mar 10, 2000, Standard Specification for Steel Forgings, Carbon and Alloy, for general Industrial Use. b. ASTM-B-369-96, Re-approved 2003; Standard Specification for Copper-Nickel Alloy Castings. 2.3. SPECIFICATION ORDER OF PRECEDENCE - In the event of a conflict between the text of this specification and the references cited herein, this specification shall take precedence. 3.0 REQUIREMENTS 3.1. General - The contractor shall provide all labor and material required to manufacture, finish machine, assemble, test, inspect preserve, and package the propulsion shafts as outlined in this specification, the applicable drawings, data sheets, and NAVSHIPS drawing 2145807-803 Rev C. Shaft material shall be MIL-S-23284, Class 3 (CL3) or ASTM-A-688 Class B (Corresponding to ABS Grade 2). 3.2. Blank (Rough Forging) 3.2.1 The blanks shall be manufactured in accordance with the listed specification, and as specified herein. a. Blanks are to be fabricated in accordance with (a) MIL-S-23284, Class 3 (CL3) or ASTM-A-688 Class B (Corresponding to ABS Grade 2) b. The blanks shall be dimensioned and toleranced as required to allow for final propulsion shaft delivery per 167 WAT 4301-10, ?DETAIL OF PROPELLER SHAFT FOR ACUSHNET? c. The contractor shall insure that all shafts are stress relieved. d. If straightening is required before or after machining, the shaft shall be subsequently stress relieved in accordance with MIL-S-23284A sections 3.7.1 and 3.8.3. e. Cold rolling of blank (rough forging stage) shall not be allowed for any reason. Cold rolling of specific areas during final machine process is discussed later in this specification. 3.2.2 Newly Forged Blank (Rough Forging) Tests & Inspections 3.2.2.1 Blanks of MIL-S-23284, Class 3 (CL3) Material 3.2.2.1.1 Ultrasonic Testing/Magnetic Particle Testing - UT & MT testing/inspection shall be performed in accordance with Appendix A of MIL-S-23284A over the entire length of each forging produced. 3.2.2.1.2 Chemical analysis, mechanical properties, and 3 charpy V-notch tests shall be performed on each heat that produces shaft blanks under this specification, in accordance with MIL-S-23284A section 4. 3.2.2.1.3 NOTES - A. The sample area shall be in accordance with the referenced locations in specification MIL-S-23284A. 3.2.2.1.4 Each shaft shall be inspected as required here and in MIL-S-23284A Section 4.4.3.1.4 thru 4.4.3.1.7. 3.2.2.1.5 Repair of Defects - Repair by welding is authorized for MIL-S-23284A Class 3 & 4 forgings only. 3.2.2.1.6 Defects shall be documented and reported. 3.2.2.2 Blanks of ASTM-A-688 Class B (Corresponding to ABS Grade 2) Material 3.2.2.1 Blanks shall be fabricated in accordance with American Bureau of Shipping (ABS), Publication 2, and Rules for Building and Classing Steel Vessel as required obtaining ABS certification. 3.2.3 Existing-Used Shafts (Previously Forged) 3.2.3.1 Fully documented and certified existing and/or used shafts that were manufactured and certified to (a) MIL-S-23284, Class 3 (CL3) or ASTM-A-688 Class B (Corresponding to ABS Grade 2) shall also fulfill the material requirements. Contractor has the burden of providing the proof of certification, for Coast Guard?s concurrence, prior to this option being exercised (and prior to final machining commencing). 3.2.3.2 Ultrasonic Testing/Magnetic Particle Testing - UT & MT testing/inspection shall be performed over the entire length of the shaft in accordance with NAVSEA T9074-AS-GIB-010/271. 3.3 FINAL SHAFT MACHINING AND ASSEMBLY 3.3.1 Dimensions ? All dimensions and dimensional tolerances shall be as indicated on drawing 167 WAT 4301-10, ?DETAIL OF PROPELLER SHAFT FOR ACUSHNET?. 3.3.1.1 If not specified, fractional dimensions shall be +/- 1/64?, decimal dimensions (xx) +/-0.01?, (xxx) +/-0.001, (xxxx) +/-0.0005?, and angular dimensions +/- 15 seconds of arc. 3.3.2 Straightening- Any shaft straightening required shall be done in accordance with MIL-STD-2191 section 11, or an equivalent method approved by the Contracting Officer. 3.3.2.1. Determine location, magnitude, and type of bend- Prior to initiating straightening processes, the location, magnitude, and type of bend shall be determined. The entire shaft shall be supported between centers on a lathe with no auxiliary supports. * NOTE: This procedure shall be used for all concentricity checks on shafts finished IAW this specification. 3.3.3 Measurement Procedures- 3.3.3.1 Run out- The run out shall be measured using a dial indicator with the shaft supported between lathe centers (NO ADDITIONAL SUPPORTS SHALL BE USED). a. All dial indicators shall be rigidly supported above the shaft, allowing no movement of the indicator body whatsoever while measurements are being taken. b. The dial indicator(s) shall be in constant contact with the shaft undergoing inspection for the entire rotation and set in the middle of its range. c. Total indicated run out shall be determined by marking the position of maximum run out on the periphery of the shaft at each survey location. 3.3.4 Sleeves ? Procure and installed sleeves shall be concentric with the axis of rotation to within 0.002? 3.3.4.1 Sleeves are to be manufactured from ASTM-B-369 alloy C96400 centrifugal casting. 3.3.4.2 Sleeves shall be secured to the shaft by the shrink fit specified on drawing 167 WAT 4301-10, ?DETAIL OF PROPELLER SHAFT FOR ACUSHNET?. Any other method of securing shaft sleeves to the shaft is prohibited. In the event the shrink fit is not specified use Table 59F on sheet 8 of the NAVSEA Standard Drawing, ref. 2.1.4.b of this specification. 3.3.4.3 Prior to installing the sleeves, the shaft journal OD and the sleeve ID shall be measured and recorded on the inspection report. 3.3.4.4 After installing and finish machining the outside diameter of shaft sleeves, the contractor shall perform a liquid penetrant inspection of all sleeves for cracks/discontinuities in accordance with T9074-AS-GIB-010/271, Requirements for Nondestructive testing methods, ref. 2.1.3.a of this specification. Use Section 5, Group I (Solvent removable) or Group III (water removable) of this reference. Pay particular attention to lock-ring and o-ring groove locations. If cracks/discontinuities are detected, a report, detailing the specific location(s) and dimensions (length/depth) of these defects, including recommendations for repair shall be submitted to the Contracting Officer for technical review and approval. 3.3.5 Welding (during Finish Machining Process) - No welding shall be permitted on any shaft unless specifically approved by the Contracting Officer. If welding is approved the following shall apply. 3.3.5.1. Welding Procedure Specifications, Procedure Qualification Records, and Welder Performance Qualifications shall be submitted to the Contracting Officer for approval and shall be in accordance with MIL-STD-2191 section 5. 3.3.6 Post Weld Heat Treatment (during Finish Machining Process) ? All shafts, which have been welded, shall be heat treated in accordance with section 10.4.7.3 of MIL-STD-2191 ref. 2.1.2.a of this specification. 3.3.6.1 Heat resistant scale preventative- any anti-scale compound used on finish-machined surfaces shall comply with MIL-STD-2191 section 10.4.5.2 as specified here or equal. a. Protect-O-Metal No. 2 from G.W. Smith & Sons, Inc. 937-253-5114, www.gwsmithandsons.com b. Keepbryte, from Kasenite Company, available from many U.S. suppliers. 3.3.6.2 Any material offered, as ?equal? shall be submitted to the Contracting Officer for approval. Documentation detailing the chemical and material analysis shall accompany the submittal. 3.3.7 Cold Rolling ? Cold roll the areas of the shaft surface indicated on drawing 167 WAT 4301-10, ?DETAIL OF PROPELLER SHAFT FOR ACUSHNET? per that drawing?s instructions. 3.3.8 Surface Finish Standards - All surface finishes shall be in accordance with SAE-J-448 to the RMS number indicated on drawing 167 WAT 4301-10, ?DETAIL OF PROPELLER SHAFT FOR ACUSHNET?. 3.3.9 Fiberglass Covering- All shaft coverings shall be made of fiberglass and epoxy resin in accordance with MIL-STD-2199, ref. 2.1.2.b of this specification. 3.3.9.1 The resin used shall be an epoxy in accordance with MIL-R-23461. 3.3.9.2 Thixotropic fillers can be used as specified in section 5.2.1 of MIL-STD-2199. 3.3.9.3 Fairing compound shall be in accordance with section 5.2.2.b of MIL-STD-2199. 3.3.9.4 The environmental conditions required in section 5.4.6 of MIL-STD-2199 shall be followed. 3.3.10 The sleeve details on drawing 167 WAT 4301-10, ?DETAIL OF PROPELLER SHAFT FOR ACUSHNET? shall be followed 3.3.11 The fiberglass coverings shall not be painted. 3.4 Associated Component Fabrication 3.4.1 In addition to the propeller shaft, the following components, all described in 167 WAT 4301-10, ?DETAIL OF PROPELLER SHAFT FOR ACUSHNET?, shall be fabricated to the drawing requirements and delivered in the final delivery. These parts are required to mate the propeller to the propeller shaft. Part Number Identification From 167 WAT 4301-10 Bill of Material Quantity Description 4 2 Propeller Key 5 2 Dowel Pin 6 1 Propeller Nut 7 1 Locking Key 8 2 Balancing Key 3.5 Final Tests and Inspections? All applicable test and inspection procedures, and acceptance criteria shall be in accordance with the references found in section 2.0 of this specification. 3.5.1 Post Repair Inspections & Tests- The contractor shall perform the following inspections and tests after final machining work is complete. a. Any areas repaired by welding shall be inspected for cracks and other defects by magnetic particle or liquid dye penetrate methods in accordance with T9074-AS-GIB-101/271 NAVSEA Tech pub, Requirements for Nondestructive testing methods, ref. 2.1.3.a of this specification, and the approved welding procedure. b. Each shaft shall be dimensionally inspected for conformance to drawing 167 WAT 4301-10, ?DETAIL OF PROPELLER SHAFT FOR ACUSHNET? and this specification. c. Concentricity inspections shall be conducted in accordance with the procedure outlined in section 11.2.1 of MIL-STD-2191, ref. 2.1.2.a of this specification, and drawing 167 WAT 4301-10, ?DETAIL OF PROPELLER SHAFT FOR ACUSHNET?. d. Each fiberglass protective covering shall pass a spark test in accordance with section 5.6.1 of MIL-STD-2199, ref. 2.1.2.b of this specification. 3.6 Reports ? All reports prepared for submission shall contain at a minimum, the following information. 3.6.1 Prime contractor company name, address, and telephone number. 3.6.2 Testing contractor contact info (if different from above) 3.6.3 Contract and delivery order numbers 3.6.4 Test equipment used, nomenclature, serial number, and calibration date. 3.7 Notifications & Inspections ? The contractor shall be responsible for notifying the Contracting Officer at least seven (7) working days prior to said contractor being ready for any inspections or testing. 4 QUALITY ASSURANCE 4.1 GENERAL - The Contractor shall maintain an inspection system which shall insure that each item offered to the Coast Guard for acceptance or approval conforms to the contract requirements. The inspection system shall be documented and available for review by the Coast Guard. 4.2 RECORDS - The Contractor shall maintain records of all inspections and tests. The records shall indicate the nature and number of observations made, the number and type of deficiencies found, and the corrective action taken. 4.3 CALIBRATION SYSTEM - The Contractor, as well as any subcontractors, shall be required to maintain a test equipment calibration program in compliance with ANSI/NCSL Z540- 1. The program shall be documented and traceable to the National Institute of Standards (NIST). 4.3.1 The calibration system records shall be maintained for inspection for the duration of any contract referencing this specification. 4.4 RESPONSIBILITY FOR INSPECTION - The Contractor shall be responsible for the performance of all inspection requirements specified herein. The Contractor shall provide space, personnel and test equipment for the conduct of all inspection requirements. All inspection and testing shall be performed at the Contractor?s plant or at other facilities acceptable to the Coast Guard. The Coast Guard reserves the right to verify or have performed any of the inspections set forth in this specification where such inspections are deemed necessary to assure that supplies and services conform to the prescribed requirements. 4.5 VISUAL INSPECTION - Prior to testing, all forgings shall be visually inspected for quality of workmanship, conformity to this specification and the intrinsic safety of equipment operation and the test apparatus. 4.6 INSPECTIONS/TESTS - The inspections/tests required herein are the minimum required and are not intended to supplant any controls, examinations, inspections or tests normally employed by the Contractor to assure the quality of the propeller shafts. 4.6.1 Ultrasonic Testing as stated in 3.2.2.1. 4.6.2 Final dimensional inspection reports as per paragraph. Error! Reference source not found..1 of this specification. 4.6.3 Chemical, Mechanical properties, & Charpy V-Notch tests per paragraph 3.2.2.1.1 of this specification. 4.6.4 Each shaft shall be inspected as required here and in MIL-S-23284A Section 4.4.3.1.4. 4.7 TEST AND INSPECTION REPORTS. One copy of any required inspection, test or tolerance check shall be sent to the Contracting Officer. 4.7.1 A copy of any test, inspection or tolerance check shall also be turned over to the Contracting Officer?s Representative upon his arrival at the contractor?s plant. 5.0 PRESERVATION, PACKAGING, PACKING & MARKING ? Each shaft shall be preserved, packaged, packed & marked as specified herein. 5.1 Preservation ? Cleaning, drying, preservatives, preservation application criteria, and methods of preservation shall be in accordance with MIL-DTL-2845E Section 3.15.2 ?Shafting Preservation?. 5.2 Packaging ? Shall be in accordance with MIL-DTL-2845 section 3.15.4. As stated below, the provision at FAR 52.212-2, Evaluation-Commercial Items, applies with the following addenda: Award of a contract will be based on the following criteria: Past Performance and price. Offerors are cautioned that the government intends to evaluate offers and award a contract without discussions. Therefore, offeror?s initial offer should contain its best terms. The contract will be awarded as a firm fixed price contract using simplified acquisition procedures. The following factors shall be used to evaluate offers: Past Performance and Price. 1) Price: The total price will be the evaluated price. 2) Past Performance: In accordance with FAR 52.212-1(b)(1) and the following the offeror is required to identify past or current contracts for efforts similar to this requirement. Offerors are to submit three (3) references. Provide as a minimum the following applicable information: contract number, type of service involved, total dollar amount, procuring activity or firm?s complete name, include addresses, telephone numbers and the point of contact. Past Performance will look at relevant experience, responsiveness, resources, quality and consistency of services, customer satisfaction, and management. The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation will be more advantageous to the Government, price and other factors considered. For the purpose of this solicitation past performance is approximately equal to price. Potential sources having the expertise and required capabilities are invited to submit proposals that will be considered by the agency. Proposals should be written and submitted in a legible format. Award will be made to the responsible offeror whose offer conforms to the solicitation. Proposals must contain the contractor?s Tax Information Number, and DUNS Number. Proposals must be received not later than 20 Feb 2008, 11:00 A.M. Local Alaska time. Proposals received after the date and time specified will not be considered. Offerors may fax their proposals to: (907) 228-0200 Attn: Rebecca Budde or e-mail rebecca.a.budde@uscg.mil. The following FAR clauses apply to this solicitation, and Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far: FAR 52.212-1, Instructions to Offeror-Commercial Items (Nov 2007), FAR 52.212.2, Evaluation Commercial Items (JAN 1999), FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2007) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2007). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (DEC 2007). The following clauses listed in 52.212-5 are incorporated: FAR 52.203-6, 52.215-1,52.219-6, 52.219-1, 52-219-8, 52-219-14, 52.219-28, 52-222-3, 52.222-19, 52.222-20, 52.222-21, 52.222-26, 52.222-35-36-37, 52-222-39, 52.225-1, 52.225-13, 52.232-1, 52.232-8, 52.232-23, 52.232-25, 52.232.33, 52.233-1, 52.233-2, 52.233-3, 52.242-2, 52.243-1, 52.249-2, 52.253-1 and HSAR 3052.209.70. Offerors are advised of the requirement to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. Offerors may contact Rebecca Budde at (907) 228-0326 for information regarding the solicitation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-FEB-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-08-R-625454/listing.html)
 
Place of Performance
Address: Unknown
Zip Code: 99901
Country: UNITED STATES
 
Record
SN01509689-F 20080216/080214233207 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.